Scope
Reference
Project_1629
Description
The purpose of this notice is to draw attention to a procurement the Authority will conduct to establish a National Framework Agreement for the provision of advanced Angiography diagnostic equipment, related accessories and services, including but not limited to Imaging Systems, Catheterisation Laboratory Tools, and Specialised Diagnostic Software under the following structure:
• Lot 1: Angiography Equipment, Accessories & Services
• Lot 2: Managed Services related to Angiography Equipment & Accessories
• Lot 3: Mobile and Relocatable Catheterisation Laboratories
• Lot 4: Wearable Radiation Protection Products
Further details about the requirements within each Lot are provided in the tender documentation.
Commercial tool
Establishes a framework
Total value (estimated)
- £600,000,000 excluding VAT
- £720,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 5 December 2025 to 4 December 2027
- Possible extension to 4 December 2029
- 4 years
Description of possible extension:
This Framework Agreement will have a term of 24 months with the option to extend incrementally for a total of a further 24 months.
Main procurement category
Goods
Contract locations
- UK - United Kingdom
- UKN - Northern Ireland
- UKL - Wales
Not the same for all lots
CPV classifications are shown in Lot sections, because they are not the same for all lots.
Lot 1. Angiography Equipment, Accessories and Services
Description
Lot 1 covers the supply of advanced Angiography Equipment and associated accessories, targeting a comprehensive range of diagnostic and interventional imaging needs. Products required include Fixed and Mobile Angiography Systems designed for high-resolution vascular imaging, suitable for both routine diagnostics and complex interventional procedures.
The range includes:
• Fixed C-arm Systems: Floor- and ceiling-mounted angiography systems for comprehensive vascular imaging in hospital-based catheterization labs.
• Mobile C-arm Systems: High-mobility units to support flexible imaging needs, especially in multi-use settings. Hybrid Imaging Equipment: Systems capable of integrating with CT, MRI, and other imaging modalities to enable multi-disciplinary procedures.
• Essential Accessories: A full selection of accessory items, such as monitoring systems, specialized tables, and radiation shielding, are also included to ensure functionality across diagnostic and interventional applications.
Lot value (estimated)
- £150,000,000 excluding VAT
- £180,000,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 33111710 - Angiography supplies
- 33100000 - Medical equipments
- 33111720 - Angiography devices
- 33111100 - X-ray table
- 33111721 - Digital angiography devices
- 33111400 - X-ray fluoroscopy devices
- 33111800 - Diagnostic X-ray system
- 33111700 - Angiography room
- 33123000 - Cardiovascular devices
- 33123210 - Cardiac-monitoring devices
- 33123220 - Cardio-angiography devices
- 33182400 - Cardiac X-ray system
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Managed Services (related to Angiography Equipment & Accessories)
Description
The provision of managed services relating to Lot 1 Angiography Equipment, Related Accessories and Services. Through a comprehensive Managed Services (MS) for Angiography and related imaging equipment. Key services include: - Equipment Planning and Procurement: Assisting healthcare providers in assessing, selecting, and procuring equipment tailored to specific diagnostic and interventional needs. - Installation and Commissioning: Coordinating the delivery, installation, and setup of equipment in compliance with regulatory and safety standards.
Ongoing Maintenance and Technical Support:
• Providing preventive and corrective maintenance, including 24/7 support, to minimize downtime and ensure equipment reliability.
• Performance Monitoring and Reporting: Implementing real-time performance monitoring with regular reports on equipment usage, availability, and condition.
• Upgrade and Replacement Services: Ensuring equipment remains at the cutting edge by managing timely upgrades, refurbishments, and end-of-life replacements.
• Training and Development Programs: Offering on-site training and educational resources to support healthcare professionals in maximizing equipment utility and performance.
Lot value (estimated)
- £399,500,000 excluding VAT
- £479,400,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 33100000 - Medical equipments
- 85150000 - Medical imaging services
- 85121200 - Medical specialist services
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 3. Mobile and Relocatable Catheterisation Laboratories
Description
Lot 3 encompasses the provision of fully equipped Mobile and Relocatable Catheterization Laboratories designed to deliver high-quality, flexible cardiac and vascular diagnostic services in various healthcare settings.
Suppliers are expected to provide catheterisation laboratories that meet the clinical, technical, and operational needs of healthcare providers. Key components and services include:
• Fully Equipped Cath Labs: Mobile and relocatable units outfitted with high-definition imaging equipment, such as C-arm angiography systems, digital imaging workstations, and real-time monitoring capabilities.
• Installation: Services to facilitate the setup, and commissioning of mobile catheterisation laboratories in desired location.
• Modular Design Options: Layout configurations that can adapt to specific requirements, including space for specialized equipment and staff movement.
• Environmental Control and Safety Compliance: Ensuring units are climate-controlled, radiation-shielded, and meet all necessary health, safety, and regulatory standards.
• Operational Support and Training: On-site or virtual training for healthcare staff to ensure safe and efficient use of the facilities and equipment.
Lot value (estimated)
- £50,000,000 excluding VAT
- £60,000,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 85145000 - Services provided by medical laboratories
- 33100000 - Medical equipments
- 85150000 - Medical imaging services
- 85121200 - Medical specialist services
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 4. Wearable Radiation Protection Products
Description
The provision of commonly used radiation personal protective equipment (PPE) these wearable products are designed to provide protection against both primary and scattered radiation. For the avoidance of doubt, all regulatory and internationally recognised standards for wearable radiation protection products must be fully met, these may include but are not limited to:
This range typically consist of:
- Radiation protective clothing may consist of Lead, Lead composite, Lead free, and Lead equivalent materials
- An outer lining of rubber-coated polymer/polyurethane fabric strong, flexible and washable or similar.
- Should have a water-resistant outer covering
- Lining to be woven nylon or other suitable material
- May be available in a variety of colours, designs and sizes including bespoke sizing (Where applicable)
- Adjustable features to maximise comfort and support for the wearer
Examples of commonly used personal protective equipment (PPE) for radiation protection may be used in the following clinical indication - Angiography, cardiology, urography, haemodynamic, fine surgery, Urology, oncological centre, orthopaedic surgery, pace-maker positioning and general surgery.
Plus, wearable radiation protection product storage solutions and/or radiation protection product management solutions to ensure these protective products provide the required levels of protection.
Lot value (estimated)
- £500,000 excluding VAT
- £600,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 35113450 - Protective coats or ponchos
- 35113420 - Nuclear and radiological protection clothing
- 90721600 - Radiation protection services
- 33735100 - Protective goggles
- 35113400 - Protective and safety clothing
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
0%
Justification for framework term over 4 years
N/A
Framework operation description
See tender documentation within Project_1629
Award method when using the framework
With competition
Contracting authorities that may use the framework
NHS Supply Chain intends to enter into arrangements under which it will be entitled to purchase supplies and/or services, which it will make available for purchase by 1) any NHS Trust; 2) any other NHS entity; 3) any government department, agency or other statutory body and/or 4) any private sector entity active in the UK healthcare sector.
Participation
Particular suitability
Lot 1. Angiography Equipment, Accessories and Services
Lot 2. Managed Services (related to Angiography Equipment & Accessories)
Lot 3. Mobile and Relocatable Catheterisation Laboratories
Lot 4. Wearable Radiation Protection Products
Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
7 July 2025, 3:00pm
Tender submission deadline
14 July 2025, 3:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
24 September 2025
Award criteria
Lot 1. Angiography Equipment, Accessories and Services
Name | Type | Weighting |
---|---|---|
Price | Price | 40% |
Service & Support | Quality | 22% |
Core Requirements | Quality | 18% |
Social Value | Quality | 10% |
Training | Quality | 6% |
Security | Quality | 4% |
Lot 2. Managed Services (related to Angiography Equipment & Accessories)
Name | Type | Weighting |
---|---|---|
Service Offering | Quality | 30% |
Fulfilment | Quality | 18% |
IT Software & Integration | Quality | 13% |
Social Value | Quality | 10% |
Price | Price | 10% |
Turnkey Solutions | Quality | 8% |
Innovation & Value Add | Quality | 7% |
Security | Quality | 4% |
Lot 3. Mobile and Relocatable Catheterisation Laboratories
Name | Type | Weighting |
---|---|---|
Service Offering | Quality | 35% |
Price | Price | 20% |
IT Software & Integration | Quality | 18% |
Social Value | Quality | 10% |
IT Software & Integration | Quality | 10% |
Security | Quality | 7% |
Lot 4. Wearable Radiation Protection Products
Name | Type | Weighting |
---|---|---|
Price | Price | 40% |
Service & Support | Quality | 25% |
Fulfilment | Quality | 11% |
Social Value | Quality | 10% |
Core Requirements | Quality | 10% |
Security | Quality | 4% |
Other information
Payment terms
PRE-MARKET ENGAGEMENT CONDUCTED
In developing this opportunity NHS Supply Chain (the Authority) conducted Early/Pre Market Engagement (EME/PME) by issuing of a Prior Information Notice (PIN) Angiography and Hybrid Capital Equipment and Services - Find a Tender notice identifier 2024/S 000-035039 under PCR2015 as summarised below:
• 29/10/2024: Prior Information Notice (PIN) published at £600,000,000
• 26 Expressions of interest (EOIs) received, comprising 7 incumbent suppliers / 19 new potential suppliers.
• 29/10/2024 to 25/11/2024: Request for Information (RFI) issued to 26 suppliers 7 suppliers responded.
• 19/12/2024 to 10/01/2025: Feedback on Specification received via e-procurement Jaggaer / email correspondence between these dates resulted in 11 supplier responses.
• 04/02/2025 to 24/02/2025: All interested parties invited to engagement meetings 12 supplier meetings held.
• Following supplier meetings 3 suppliers advised they would not be participating further.
• 17/03/2024: A revised draft Specification was shared with all suppliers participating in Early Market Engagement for response by 25/03/2025.
• 28/04/2025: Early Market Engagement completed.
• Participation in the EME was not used nor acknowledged in any way for the purpose of evaluating nor qualifying any potential supplier, in any subsequent formal competitive process.
Following completion of the EME/PME, and the move to Procurement Act 2023 a new Jaggaer Project has been created with Project_1562 replacing Project_1489.
INSTRUCTIONS FOR REGISTRATION AND PORTAL ACCESS
Submission of expression of interest and procurement specific information:
This procurement exercise will be conducted on the NHS Supply Chain eTendering portal at
https://nhssupplychain.app.jaggaer.com//
Candidates wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information (if required) through the NHS Supply Chain eTendering portal as follows:
Registration.
1. Use URL https://nhssupplychain.app.jaggaer.com// to access the NHS Supply Chain Procurement portal.
2. If not yet registered:
- Click on the 'Not Registered Yet' link to access the registration page.
- Complete the registration pages as guided by the mini guide found on the landing page.
Portal access.
If registration has been completed:
- Login with URL https://nhssupplychain.app.jaggaer.com// .
- Click on ITTs Open to All Suppliers.
- Select from the following ITTs:
ITT_1831 Selection Questionnaire All Lots
ITT_1832 Lot 1: Angiography Equipment, Accessories & Services
ITT_1833 Lot 2: Managed Services related to Angiography Equipment & Accessories
ITT_1834 Lot 3: Mobile and Relocatable Catheterisation Laboratories
ITT_1835 Lot 4: Wearable Radiation Protection Products
Please note: you must respond to ITT_1831 in addition to any lots you intend to respond to.
- Click on Express Interest.
- If you intend to respond select Intend to Respond.
Applicants are encouraged to download the supplier handbook located within the eProcurement portal by following the 'Supplier Helpcentre' link within the Useful Links section of the Dashboard.
For any technical help with the portal please contact:
Tel: 0800 069 8630 or email: help_uk@jaggaer.com
Please refer to Section III.1.1 for additional information
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
SUPPLY CHAIN COORDINATION LIMITED
- Public Procurement Organisation Number: PLLH-1887-BMRL
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
United Kingdom
Email: dawnette.gayle@Supplychain.nhs.uk
Website: https://www.supplychain.nhs.uk/
Region: UKI45 - Lambeth
Organisation type: Public authority - sub-central government